9324 Emergency Response System

Iarnród Éireann, as the national railway operator in Ireland, is seeking to procure an Emergency Response Solution (ERS) that will enhance the management of a rail incident by the relevant business functions through to resolution and the restoration of service. These functions include the Infrastructure Management Office (IMO) and the …

CPV: 48000000 Software package and information systems, 48140000 Railway traffic control software package, 48210000 Networking software package, 48220000 Internet and intranet software package, 48310000 Document creation software package, 48600000 Database and operating software package, 48700000 Software package utilities, 48800000 Information systems and servers, 48900000 Miscellaneous software package and computer systems
Deadline:
July 30, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
9324 Emergency Response System
Awarding body:
Iarnród Eireann-Irish Rail
Award number:
0

1. Buyer

1.1 Buyer

Official name : Iarnród Eireann-Irish Rail
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : 9324 Emergency Response System
Description : Iarnród Éireann, as the national railway operator in Ireland, is seeking to procure an Emergency Response Solution (ERS) that will enhance the management of a rail incident by the relevant business functions through to resolution and the restoration of service. These functions include the Infrastructure Management Office (IMO) and the National Train Control Centre (NTCC). The ERS will be expected to facilitate the initial creation and ongoing management of an incident from a mobile device by the assigned Incident Officer (IÉIO). A key objective is to establish a central, secure digital repository for all data relating to a rail incident while ensuring relevant stakeholders have appropriate access to updates and information in real time. The solution must offer capabilities such as incident creation, categorisation of incidents, change of categorisation, configurable data access for users based on incident category, allowing typed updates from mobile devices, capture and secure storage of photographs and video footage, secure two-way communication, configurable checklist functions for incident closure, two-stage incident closure process with authorised approvers and generation of incident reports after closure. The procurement process for the award of this Contract consists of two distinct stages: a pre-qualification stage and a tender stage (or award stage). The pre-qualification process, conditions, and selection criteria are detailed in this document. All Applicants will be treated equally and will have an opportunity to pre-qualify.
Procedure identifier : a52c07f3-510e-4193-9e2c-c03d532d8b3d
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48140000 Railway traffic control software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 48310000 Document creation software package

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 9324 Emergency Response System
Description : Iarnród Éireann, as the national railway operator in Ireland, is seeking to procure an Emergency Response Solution (ERS) that will enhance the management of a rail incident by the relevant business functions through to resolution and the restoration of service. These functions include the Infrastructure Management Office (IMO) and the National Train Control Centre (NTCC). The ERS will be expected to facilitate the initial creation and ongoing management of an incident from a mobile device by the assigned Incident Officer (IÉIO). A key objective is to establish a central, secure digital repository for all data relating to a rail incident while ensuring relevant stakeholders have appropriate access to updates and information in real time. The solution must offer capabilities such as incident creation, categorisation of incidents, change of categorisation, configurable data access for users based on incident category, allowing typed updates from mobile devices, capture and secure storage of photographs and video footage, secure two-way communication, configurable checklist functions for incident closure, two-stage incident closure process with authorised approvers and generation of incident reports after closure. The procurement process for the award of this Contract consists of two distinct stages: a pre-qualification stage and a tender stage (or award stage). The pre-qualification process, conditions, and selection criteria are detailed in this document. All Applicants will be treated equally and will have an opportunity to pre-qualify.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48140000 Railway traffic control software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 48310000 Document creation software package

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 5

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Reduction of carbon emissions and carbon footprint
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : EU Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/07/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See Documents
Legal form that must be taken by a group of tenderers that is awarded a contract : Contract
Financial arrangement : See procurement Documents

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : See documents
Organisation providing additional information about the procurement procedure : Iarnród Eireann-Irish Rail
Organisation providing offline access to the procurement documents : Iarnród Eireann-Irish Rail
Organisation receiving requests to participate : Iarnród Eireann-Irish Rail
Organisation processing tenders : Iarnród Eireann-Irish Rail

8. Organisations

8.1 ORG-0001

Official name : Iarnród Eireann-Irish Rail
Registration number : 119571
Postal address : Inchicore
Town : Dublin
Postcode : Dublin 8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 703 4190
Internet address : https://www.irishrail.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 3a5144c2-d7d8-42d5-a9fd-f7c81b783ee9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 10:02 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00424618-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025